13.07.2015 Views

visakhapatnam steel plant materials management ... - Vizag Steel

visakhapatnam steel plant materials management ... - Vizag Steel

visakhapatnam steel plant materials management ... - Vizag Steel

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

VISAKHAPATNAM STEEL PLANTMATERIALS MANAGEMENT DEPARTMENT(PURCHASE WING)BLOCK-A, ADMINISTRATIVE BUILDINGVISAKHAPATNAM-530 031 (A.P) INDIAPHONE NO: +91 891 2518683 FAX NO.+91 891 2518756 /2740437 +91 891 2518753Corrigendum No.1, dt. 10-06-2013 toOPEN TENDER NOTIFICATIONEmail: g_apparao@vizag<strong>steel</strong>.comravindranath@vizag<strong>steel</strong>.comInvitation to Tender No.Pur.1.41.0073/1182 Dated 01.05.2013Sealed tenders are invited for TOTALTEMPERATURE MANAGEMENT FOR SMS-2Last date & time for receipt of Tenders is extend up to 1030 Hrs (IST) on28.06.2013Tenderers who are interested in participating in the tender can download thetender document from our website: www.vizag<strong>steel</strong>.com and submit theiroffer before 1030 hours (IST) on last date of receipt of tender as per theinstructions given in the tender document. In case of difficulty in downloadingof tender documents, the tender document shall be sent by post free of coston written request from the tenderer.Tenderers are required to visit our website regularly for anycorrigendum/addendum.ED (MM)1


VISAKHAPATNAM STEEL PLANTMATERIALS MANAGEMENT DEPARTMENT(PURCHASE WING)BLOCK-A, ADMINISTRATIVE BUILDINGVISAKHAPATNAM-530 031 (A.P) INDIAPHONE NO: +91 891 2518683 FAX NO.+91 891 2518756 /2740437 +91 891 2518753Email: g_apparao@vizag<strong>steel</strong>.comravindranath@vizag<strong>steel</strong>.comOPEN TENDER NOTIFICATIONInvitation to Tender No.Pur.1.41.0073/1182 Dated 01.05.2013Sealed tenders are invited for TOTALTEMPERATURE MANAGEMENT FOR SMS-2Last date & time for receipt of Tenders by 1030 Hrs (IST) on 10.06.2013Tenderers who are interested in participating in the tender can download thetender document from our website: www.vizag<strong>steel</strong>.com and submit theiroffer before 1030 hours (IST) on last date of receipt of tender as per theinstructions given in the tender document. In case of difficulty in downloadingof tender documents, the tender document shall be sent by post free of coston written request from the tenderer.Tenderers are required to visit our website regularly for anycorrigendum/addendum.ED (MM)2


RASHTRIYA ISPAT NIGAM LIMITEDVISAKHAPATNAM STEEL PLANT(A Government of India Enterprise)INDEXInvitation for Tender No. Pur. 1.41.0073/1182 Dt.01.05.2013 for TOTALTEMPERATURE MANAGEMENT FOR SMS-2-------------------------------------------------------------------------------------------------Part No. Description No. of pages PageNos-------------------------------------------------------------------------------------------------Notice of invitation to Tender 3 3-5Annexure -I Technical Specn. of the measuring Instruments 4 6-10Annexure IA Prequalification Criteria 1 11Annexure IB Quantity 1 12Annexure IC List of Equipment for Measurements 2 13-14Annxure - II Instructions to Tenderers 9 15-23Annexure - III Proforma of Price Bid 2 24-25Annexure - IV Check List 1 26Annexure - V Proforma of Bank Guarantee for Bid Bond 2 27-28Annexure - VI Letter of Authority from established Manufacturer 1 29Annexure - VII General Conditions of Acceptance to Tender 4 30-33Annxure - VIII Proforma of Bank Guarantee for 2 34-35Performance Guarantee BondAnnexure - IX Proforma of Integrity pact 6 36-41(Total : 41 pages)-------------------------------------------------------------------------------------------------3


RASHTRIYA ISPAT NIGAM LIMITEDVISAKHAPATNAM STEEL PLANTVISAKHAPATNAM - 530 031, INDIATel: +91 891 2518683 / Fax: +91 891 2518753 /2740437 891 2518756OPEN TENDER NOTICE FOR SUPPLY OF INVITATION TO TENDER NO. PUR.1.41.0073/1182 Dt.01.05.2013.1.0 NOTICE INVITING TENDERS FOR TOTAL TEMPERATURE MANAGEMENTFOR SMS-21.1 Rashtriya Ispat Nigam Limited (RINL), Visakhapatnam <strong>Steel</strong> Plant (VSP),hereinafter referred to as PURCHASER, hereby invites tenders fromIndigenous Manufacturers/suppliers only for TOTAL TEMPERATUREMANAGEMENT conforming to Technical specifications at Annexure -I of tenderdocuments.1.2 QUANTITY: The PURCHASER intends CARRYOUT the TOTAL TEMPERATUREMEASUREMENT including purchase of Probes for Temperature, Oxygen andHydrogen Measurement & Sampling for conforming to Technical specificationsas at Annexure-I of tender documents. (4 items listed at Annexure -1B oftender will be ordered on a single Party.)1.3 EXECUTION: The tentative schedule at which the supplier should effectdeliveries & commence the job, shall be per the schedules as indicated by thePurchaser at the time of finalisation of the LOI / Acceptance to Tender. ThePurchaser reserves the right to revise the schedules depending on VSP’sproduction requirements and storage capacity, without any additional financialimplication to the Purchaser.1.3.1 VSP Reserves the right to reject offers not meeting VSP’s Schedule /to consideroffer with best execution period(s)1.4.1 Tenderers should submit their tenders in two parts:Part-A : Techno-Commercial Bid andPart-B : Price Bidin separate sealed envelopes indicating clearly on the cover whether it containsPart A: Techno- Commercial Bid or Part B : Price Bid.1.4.2 A Proforma as given in Annxexure -III of the Tender Documents is prescribedfor Part- B : Price Bid. All the tenderers are advised to submit their Part-B:Price Bid only in the prescribed proforma. The details of Prices if mentioned inboth the Techno commercial as well as price bid, the price bid details shall beconsidered as final for evaluation. Any other terms and conditions other thanthe price mentioned in the price bid shall not be taken into consideration1.4.3 RINL shall have the option of resorting to reverse e-auction. All technically andcommercially acceptable bidders would be required to participate in the reversee-auction. Details in regard to reverse e-auction are mentioned at para 1.4.5below. In case of reverse e-auction the bidders would be required to quoteprices only on the basis of landed net of cenvat price at VSP stores. Thebidders shall register themselves and give USER ID details positively in theTechno Commercial bid.4


1.4.4 RINL will inform the technically and commercially acceptable (TA & CA)tenderers of the date and time of reverse e-auction and they shall participatein the process. All the tenderers would have to generate user ID & Passwordby following the following steps• Go to www.vizag<strong>steel</strong>.com• Click on auctions link.• Click on MM Reverse e-auctions• Click on “new user!!! Click to register” for generating user ID and fixingcorresponding password.1.4.5 Definition of key terms for reverse auction and RINL’s reverse e-auction usermanual is uploaded on our web sitewww.vizag<strong>steel</strong>.com under auctions menuand MM reverse auctions sub menu. TA & CA tenderers would be authorized toquote their LNCP prices on only e-reverse auction engine on a fixed time anddate.After the completion of the reverse e-auction, at the end of price comparisionprocess, the purchase order would be placed in the normal mode.In case of reverse e-auction the bidders would be required to quoteprices only on the basis of landed net of cenvat. Modalities of evaluationof landed net of cenvat price is given at para 4.5 of Annexure-II.1.4.6 In case of the reverse e-auction is conducted the sealed price bids of all the TA& CA tenderers, irrespective of either they have participated in the reverse e-auction or not, shall be opened within a short duration. Based on the prices soreceived through revesre e-auction and the sealed price bids received in thephysical mode of tender, a composite comparative statement shall be madeconsidering the lower of prices (i.e sealed price bid prices and reverse e-auctionprices) of all the parties. Placement of orders shall be considered on the L1price( LNCP) so arrived.1.5.0 BID MONEY/Earnest Money Deposits:1.5.1 Each tender shall be considered only if Bid money in Indian Rupees bymeans of either a Cheque/Demand Draft drawn on any Scheduled Bank andpayable to Rashtriya Ispat Nigam Ltd. at Visakhapatnam (subject torealization) or a Bid Bond in the form of Bank Guarantee (as per theprescribed proforma at Annexure -V of the Tender Documents) established infavour of RINL for an amount Rs. 7,50,000 (Rs.Seven lakhs fifty thousandonly) is submitted along with or prior to opening of Part-A: TechnocommercialBid.1.5.2 The Bid Bond as mentioned above should be established either in the formof Bank Guarantee issued by any of the Nationalized Bank (whether situatedat Visakhapatnam or outstation) with a clause to enforce the same ontheir local branch at Visakhapatnam or by way of Account payee DemandDraft/cheque payable at Visakhapatnam in favour of Rashtriya Ispat NigamLimited. The Bank Guarantees from other Scheduled Banks (other thanNationalized) Banks) should however be from the branch located inVisakhapatnam. The bond A/c payee cheque & demand draft establishedthrough Co-operative Banks are not acceptable. The Bid Bond should be validtill 31.12.2013. Tenders received without the Bid Bond / Bid Money ofrequisite value will summarily rejected. Bid money, if paid in cash, shall notaccrue interest.5


1.6.0 Tenders will be accepted upto 1030 Hrs. (IST) on 10.06.2013. Techno-Commercial part of the Tender (Part-A) will be opened immediately thereafterin the presence of the Tenderers or Authorised Representatives of theTenderers, who may choose to be present. The date and time of price bidopening shall be intimated separately to technically and commerciallyacceptable tenderers. Price Bids (Part-B) of those Tenderers who have beenTechno-Commercially accepted shall be opened in the presence of theTenderers or Authorised Representatives of the Tenderers who may choose tobe present .1.6.1 Tenders submitted against NIT/Tender shall not be returned in case the tenderopening date is extended/postponed. Tenderers desirous to modify theiroffer/terms may submit their revised/supplementary offer(s) within theextended TOD, by clearly stating the extent of updation done to their originaloffer. The employer reserves the right to open the original offer along withrevised offer(s)1.7 All the tenders shall be evaluated on the basis of landed Net of CENVAT / VATbasis .1.8 Notwithstanding anything specified in this Tender Documents, RINL, intheir sole discretion, unconditionally and without having to assign any reason,reserves to themself the rights:a) To accept or reject the lowest tender or any other tender or all the tenders;b) To accept any tender in full or in part;c) To reject the offers not conforming to the tender terms andd) To give Purchase preference to Public Sector Undertakings whereverapplicable as per Government policy/ Guidelines.e) To extend purchase preference to Local SSIs (Micro and Small Enterprises)subject to submission of documents as stipulated at 8.5 of Annx-II, as givenbelow. In case Local MSE becomes TAL1 tenderer purchase preference willnot be extended to another Local MSE in that tender.2.0 VSP after opening the tender/bid document may seek in writingdocuments/clarifications which are necessary for evaluation of the tender/biddocument from tenders/bidders or issuing authority for confirmation ofeligibility/pre qualification stipulated in the NIT.ED (MM)6


ANNEXURE-ISpecification for outsourcing ofmeasurement in SMS-2temperature, oxygen, and hydrogen1.0 Introduction:VSP is all set to commission 6.3 Million ton expansion. As part of 6.3 MTexpansion, SMS-2 with a capacity of 2.8MT with two LD Converters and threeCCMs is expected to be commissioned soon. The expected production duringfirst year of operation is 1.9 MT and that of second year is 2.3MT.Duration: The contract duration is for two years2.0 Scope of work:1. Supply of various temperature tips, oxygen tips, and hydrogen tips , lances ,samplers , lance accessories such as MIMS cables, contact blocks ,front pipes,back pipes, end connectors and handles as required.2. Regular and timely maintenance of all the lances at LD Converters, TLC1&2,ARS-1&2, LF-1&2, RH, CCD, and HMDP.3. Taking the temperature, oxygen ppm and hydrogen ppm measurement of HotMetal& Liquid <strong>Steel</strong> at different locations as listed in Annexure-1.4. Taking Hot Metal &Liquid <strong>Steel</strong> samples at different locations and dispatchingthe same to QATD lab by pneumatic transport system.5. Providing necessary manpower in three shifts during 365 days required foroperation and maintenance of the contract.6. Comprehensive annual maintenance of all the equipments related totemperature, oxygen ppm and hydrogen ppm measurement such astemperature instruments, oxygen ppm measuring instruments, hydrogen ppmmeasuring instrument, interconnecting cables etc... The list of instrumentswith make and model is enclosed at Annexure-1C7. Inventory scheduling (Including transportation to our Works atVisakhapatnam)8. Stock inventory.9. Timely delivery of the material.10. Timely delivery of the measuring lances complete in all respects and ready fordipping.11. Submission of print out of measuring instruments showing the successfulmeasurement of parameters such as Temperature, Oxygen ppm, Hydrogenppm etc...3.0 Scope of SupplyThe party shall provide the following material in sufficient quantities to takecare of each month requirement:1. SS front pipe for temperature measurement.2. SS front pipe for oxygen ppm measurement.3. SS front pipe for hydrogen ppm measurement.4. Back pipes for Temperature, Oxygen ppm &Hydrogen ppm in Hot metal&Liquid <strong>steel</strong>.7


5. Samplers for the collection of hot metal.6. Samplers for the collection of liquid <strong>steel</strong>.7. Lances for taking the samples.8. 2-wire contact block.9. 4- Wire contact block.10. End connector.11. 4-pin male and female plug.12. Handle.13. 2-core mineral insulated metal sheathed (MIMS) cable.14. 4-core mineral insulated metal sheathed (MIMS) cable.15. 2-core compensating cable.16. 4-core compensating cable.17. Trailing cable.18. All types of lance accessories and consumables.4.0 Maintenance:Regular comprehensive maintenance of the following equipment in allrespects:1. Liquid Metal Temperature measuring instruments -6 Nos.2. Oxygen ppm measuring instruments -7 Nos.3. Hydrogen ppm measuring instruments -1No.4. Large displays for the above measuring systems.5. Signalling circuits along with hooters and lamp compartments for theabove measuring instruments.6. Associated cables upto instrument terminals.7. Calibration instruments such as checkmates.8. Checking the cabling circuit and replacement of the same in case of anytrouble.9. Calibration of the above instruments as per VSP’s QMS (ISO 9001) andpreparation of the calibration certificates.10. Traceability certificates of the secondary master instruments such asdigital multimeters are also to be submitted.11. All lance consumables, required compensating cables, male femaleplugs, instrument cable (If required), laying from field to instrumentincluding its protection shall be considered in the scope of supply.5.0 Operational Requirement:Minimum number of temperature /oxygen/Hydrogen measuring lances to be keptready at different places:TLC1&2- Three (3) Nos Temperature measuring lances per TLCLD Converter 1&2— Three (3) Nos. Temperature& Oxygen ppm measuringlances Per ConverterCCM1, 2 &3- Three (3) Nos Temperature measuring lances per MachineLHF1&2- Three (3) Nos Temperature& Oxygen ppm measuring lances for eachLadle FurnaceARS1&2- Three (3) Nos Temperature& Oxygen ppm measuring lances for eachARSHMDP- Three (3) Nos Temperature measuring lances8


RH Degasser- Three (3) Nos Temperature & Oxygen ppm lances+3 Nos.Hydrogen ppm lances1. To prepare number of lances ready for operations as per daily heat plan ofVSP atleast one day in advance.2. After preparation of lance it is to be checked and calibrated immediately inthe presence of VSP personnel. All the prepared lances are to be provided atrespective locations as and when required.3. Calibration of the checking instrument (Checkmate) is to be done as perVSP quality <strong>management</strong> system (QMS) and calibration record is to besubmitted to VSP.4. During starting of each shift all lances at TLC1&2, LD Converter1&2, CCM1,2 &3, ARS1&2, LHF1&2, RH Degasser and HMDP are to be checked andcalibrated . A separate register is to be maintained for calibration record ofthe lances.5. Party shall provide adequate and sufficient manpower at different locationssuch as TLC1&2, LD Converter, CCM, LF, ARS, HMDP, RH Degasser etc. forthe maintenance of instruments and lances and for taking the measurementof oxygen ppm, temperature and hydrogen ppm and for the collection ofsamples of hot metal and liquid <strong>steel</strong> at different locations as specified.6. The party shall submit the printout of the instrument showing the successfulmeasurement of temperature, oxygen ppm and hydrogen ppm. Also theparty shall submit the report showing the successful despatch of sample toLab.7. The party shall undertake sole responsibility for effective operation and costreduction while keeping the quality, stability and safety with the followingguidelines.• Continuous improvement in the performance of probe by monitoring theprobe design.• Use of high quality probe with ZERO downtime on account of probes.• Total supervision and technical support to ensure availability of probes atVSP.• Good training of personnel in taking measurement and sample collection.6.0 Quoting of prices6.1 The party shall quote the rate for each of the below.i. Successful measurement of temperature (cost of all the <strong>materials</strong> requiredfor each successful measurement of temperature)ii. Successful measurement of oxygen ppm (cost of all the <strong>materials</strong> requiredfor each successful measurement of oxygen ppm).iii. Successful measurement of hydrogen ppm (cost of all the <strong>materials</strong>required for each successful measurement of hydrogen ppm).iv. Successful collection of sample of hot metal and liquid <strong>steel</strong> (cost of all the<strong>materials</strong> required for each successful collection of sample).The party shall submit the instrument print out showing the number ofsuccessful measurements of parameters such as temperature, oxygen ppm,hydrogen ppm and collection of samples.9


6.2 Service cost per day shall be shown separately for each unit i.e. HMDP, TLC,LD Converter shop, ARS, LF, RH, and CCD. The service cost will be paid fromthe day each unit is commissioned.6.3 Party has to submit the approximate quantities of all the probes, lances andlance accessories expected to be supplied during first year and second year forthe expected production. The expected production figures for first and secondyear are as follows.6.4 In case of Oxygen measurement and hydrogen measurement, though bothoxygen ppm and temperature are measured and recorded, the payment ismade for only ppm (i.e. oxygen or hydrogen ppm) measurement only paid.Expected production Expected number ofheatsFirst Year 1900000 MT 12667Second Year 2300000 MT 153336.5 The expected number of measurements per heat and expected number ofheats taken for measurement is given below:TEMPOxygenppmSampleHydrogenppmNo.ofexpectedmeasurements/heat%of heatstaken formeasurement10 2 10 1100% 50% 100 10%6.6 Any supply and services which might not have been mentioned here but arenevertheless required for due performance of the contract shall be included inthe scope.6.7 The payment for the measurement & services rendered during s calendarmonth shall be released within 60 days of submission of the documents dulycertified by DGM I/c/SMS to Manager (F&A) /PB1.7.0 Guarantee: The contractor shall stand guarantee for the measurement oftemperature, oxygen ppm and hydrogen ppm and collection of sample for eachheat. In case of non-availability of measurement which results in the machineclosure at continuous casting shop, a penalty of twice the measurement costwill be levied. However, if such failures in a day are more than three, a lumpsum penalty equal to twenty times the measurement cost shall be levied.8.0 Scope of Storage: The scope of storage of material is to VSP’s account.10


9.0 Ownership of the left out material after completion of the contract:This is a time bound contract. For each catalogue item, the successfultenderer will submit the list of required <strong>materials</strong> and their quantities. Thematerial mentioned in the list will be supplied to VSP Stores. Within thecontract period, if all the catalogue quantities are consumed, the leftover<strong>materials</strong> if any, in the list mentioned above shall belong to VSP. If thecatalogue quantities are not consumed within the contract period, leftoverproportionate listed <strong>materials</strong> for the consumed quantities shall belong to VSP.If the contractor brings the material over and above the listed materialquantities as mentioned above, the leftover material will be returned to thecontractor.10.0 Important Information for the tenderers:The party shall note that all the labour employed for the job shall be paidminimum wages as prescribed by the central government and also party shallnote that they shall revise the minimum wages as and when Governmentrevises. Party shall note that it is a statutory requirement which cannot beviolated. Hence to take care of that aspect the rate variation clause isincorporated which is as mentioned below.10.1 RATE VARIATION:For the service cost(W0) quoted by the tenderer, VSP will compensate anyincrease in the minimum wages of Semi-skilled workers only for items basedon revision in Minimum Wages, if any, as per Regional LabourCommissioner(Central), Hyderabad as per the following formula or vice versa.The tender may please note that the present rate for an Semi-skilled workerper man day of 8 Hours work excluding Lunch Break is Rs.262/- (Rupees twohundred and sixty two only) as notified by RLC (CENTRAL), HYD videNo.47(02)/2012-C2 Dt.27.09.2012.W1 = W0[0.75 + 0.25(X/X0)]Where,W1 = Revised Wages for job contract for doing miscellaneousjob and Unexpected workW0 = Base Rate given in the ContractX = Revised Minimum Wages of Semi-skilled Workeras notified by Regional Labour Commissioer(Central),Hyderabad.X0 = Minimum Wage of Semi-skilled worker as on TenderOpening Date.11


ANNEXURE I APRE QUALIFICATION CRITERIABIDDERS/TENDERERS SHALL HAVE EXECUTED A SIMILAR ORDERFOR ATLEAST TWO TYPES OF MEASUREMENTS(OUT OF THE FOURREQUIRED FOR VSP) IN A STEEL PLANT OF NOT LESS THAN 1 MTCAPACITY, ATLEASET FOR A PERIOD OF ONE YEAR DURING THE LAST3 YEARS.PERFORMANCE REPORT FROM SUCH CUSTOMERS OF THE TENDERERIS/ARE TO BE SUBMITTED ALONG WITH THE TECHNO-COMMERCIALOFFER.12


ANNEXURE –I BTOTAL QUANTITY FOR 2 YEARSCAT NODESCRIPTIONNo.ofmeasurements/samplings3491361900109 SUCCESSFUL MEASUREMENT OFTEMPERATURE IN SMS-2 AT VARIOUSLOCATIONS AS PER DETAILED SCOPE OFWORK AND PAYMENT TERMS ATANNEXURE 12800003491361900200SUCCESSFUL MEASUREMENT OF OXYGENPPM IN SMS-2 AT VARIOUS LOCATIONS ASPER DETAILED SCOPE OF WORK ANDPAYMENT TERMS AT ANNEXURE 1280003491361900302 SUPPLY OF HYDROGEN PROBES FORSUCCESSFUL MEASUREMENT OF HYDROGENPPM IN SMS-2 AT VARIOUS LOCATIONS ASPER DETAILED SCOPE OF WORK ANDPAYMENT TERMS AT ANNEXURE 13491361900404 SUPPLY OF LOLLIPOP SAMPLERS FORSUCCESSFUL COLLECTION OF SAMPLE INSMS-2 AT VARIOUS LOCATIONS AS PERDETAILED SCOPE OF WORK AND PAYMENTTERMS AT ANNEXURE 1280028000013


ANNEXURE –I CVSP 6.3 MTPA Expansion - Oxygen ppm & Temperature measurement systems inSMS-2 shopS.No. Details of Measurement Make & Model Automatic /Manual1.0 Hot MetalDesulphurization Plant(HMDP):1.1 Hot Metal TemperatureMeasurement system2.0 LD Converters :2.1 Hot Metal TemperatureMeasurement system forHMTC-12.2 Hot Metal TemperatureMeasurement system forHMTC-22.3 <strong>Steel</strong> Temperature &oxygen ppm Measurementsystem at LD Converter-1platform2.4 <strong>Steel</strong> Temperature &oxygen ppm Measurementsystem at LD Converter-2platform2.5 <strong>Steel</strong> Temperature &oxygen ppm Measurementsystem at ARS control roomof LD Converter-12.6 <strong>Steel</strong> Temperature &oxygen ppm Measurementsystem at ARS control roomof LD Converter-23.0 LF & RH Units :3.1 <strong>Steel</strong> Temperature &oxygen ppm Measurementsystem at LF-1ElectroniteMake –Digitemp-EElectroniteMake -Digitemp-EElectroniteMake –Multilab IIIElectroniteMake –Multilab IIIElectroniteMake –Multilab IIIElectroniteMake –Multilab IIIAutomatic(Provisionfor Manualgiven)Automatic(Provisionfor Manualgiven)Automatic(Provisionfor Manualgiven)ManualManualAutomatic(Provisionfor Manualgiven)Automatic(Provisionfor Manualgiven)ElectroniteMake –Multilab IIIAutomatic(Provisionfor Manualgiven)3.2 <strong>Steel</strong> Temperature & Electronite AutomaticRemarks14


oxygen ppm Measurementsystem at LF-23.3 <strong>Steel</strong> Temperature &oxygen ppm Measurementsystem at RH3.4 Hydrogen Measurement atRH4.0 Continuous CastingMachines :4.1 CCM-1 Tundish <strong>Steel</strong>Temperature measurement4.2 CCM-2 Tundish <strong>Steel</strong>Temperature measurement4.3 CCM-3 Tundish <strong>Steel</strong>Temperature measurementMake –Multilab IIIElectroniteMake –Multilab IIIElectroniteElectroniteMakeElectroniteMakeElectroniteMake(Provisionfor Manualgiven)Automatic(Provisionfor Manualgiven)Automatic(Provisionfor Manualgiven)ManualManualManualTemperature measurements points-6Temperature& Oxygen measuring points-7Hydrogen measuring point-115


(ANNEXURE -II TO TENDER NO.PUR.1.41.0073/1182 Dt. 01.05.2013)INSTRUCTIONS TO TENDERERS1.0 ESTABLISHMENT OF CREDENTIALS OF UN-LISTED VENDORS: If atenderer who responds to this tender is not presently enlisted with RINL / VSP,he is requested to furnish copies of the following documents separately in asealed envelope super scribing “CREDENTIALS” and the ITT REFERENCE ORADVERTISED TENDER REFERENCE NO. as the case maybe along with thetender:a) Statutory Industry Registration Certificate.b) Excise, sales Tax Registration certificates and copy of PAN Card.c) Financial worth and audited financial statements for the last 3 years.d) Other credentials like ISO certificate etc.e) List of Purchase orders / contracts executed for PSUs for same or similaritems.Kindly note that the above information is required to assess the credibility ofthe vendor not presently enlisted with RINL / VSP. The tender of un-listedvendor shall be rejected in case of non-submission or incomplete submission ofthe above documents or RINL/VSP finds that the credibility of the un-listedVendors is not satisfactory on the basis of the documents furnished. The Vendorshall produce originals of the above documents for verification, if RINL / VSP sodesires. RINL / VSP’s decision in this regard is final.2.0 GENERAL INFORMATION / DATA / DOCUMENTS TO BE FURNISHED BYTENDERERS:2.1.1 Tenderers who may be AGENCY FOR TOTAL MANAGEMENT shall furnishinformation / data / documents / printed and illustrated literature / brochurescovering the following aspects:a) Detailed information of the Manufacturer along with the latest copies of theexecuted / on going orders (during the last 1 year) with different clients.b) Documents showing the exact nature of ownership.c) Production capacity of Instrument for Temperature, Oxygen and HydrogenMeasurement and annual production during the last three years.d) A recent Test and Inspection Certificate (dated not earlier than one yearfrom the date of tender) issued for the material by a reputed Internationaltest house / / Government approved test house in case the tenderer is anew Supplier to RINL / VSP.2.1.2 Tenderers who may be suppliers of Instrument for Temperature, Oxygen andHydrogen Measurement offering on behalf of a Principal Manufacturer, shallfurnish in original the Letter of Authority of the concerned manufacture, as perthe proforma at Annexure - VI of the Tender document, specificallyauthorising the said supplier to make an offer in response to this Invitation toTender. This Letter of Authority should be submitted along with Part - A:Techno-commercial bid16


2.2 In case the Manufacturer wants to supply from their Works located at morethan one place, the details of the Works should be indicated in the tender (Part-A). They should also give clear price breakup and quantities (in Part-B: Pricebid) for supplying the material from different Works.2.3 The tenderers are requested to fill up the check list as at Annexure - IV of theTender document.2.4 Integrity Pact: The Tenderer is required to unconditionally accept the“Integrity Pact” enclosed at Annexure – IX to the tender document and shallsubmit the same duly signed along with his offer. Offer of the tenderer receivedwithout Integrity Pact duly signed, shall not be considered. The details of theNodal officer and Independent External Monitor (IEMs) are as are givenhereunder.Nodal officer :Sri S K GUPTA, ED (MM)Rashtriya Ispat Nigam LimitedVisakhapatnam – 530031Phone No : 0891- 2518683Fax No : 0891-. 2518753/6Email: guptask@vizag<strong>steel</strong>.comIEMSri Velayudham,Ex.DG(RD) & SSFlat No.:4,Nalanda Apartments“D” block,Vikaspuri,New Delhi-110018PhNo.011-28530407e-mail:vtham26@yahoo.co.in2.5 In case where RINL/VSP decides to procure the material from one or moresources (only one offer shall be submitted by companies using sameequipment/Facilities/Address) and if it comes to notice of RINL/VSP at anystage during the finalization of the tender or after placement of order/executionof the contract that offers have been made by the companies using sameequipment/facilities/address then such offers/orders shall be rejected/cancelledforthwith and the party(s) shall be blacklisted from all further dealings withRINL/VSP for a period of 2 years. Bid money/EMD/Security deposit etc if anyshall be forfeited. Decision of RINL/VSP in this regard shall be final and binding3.0 SUBMISSION OF OFFERS:3.1.1 QUOTING OF PRICE(S): The price quoted should be on FOR VSP SITE basisinclusive of freight and insurance. Taxes and duties and other statutory leviesif any, to be indicated clearly. The prices shall remain firm and fixed duringthe period of the contract, except for the variation on account of the increase/decrease in the minimum wages of workers. However, any change instatutory taxes and duties shall be reimbursed at actuals during the originalcontractual delivery period. Any change in taxes and duties beyond the originalcontractual delivery period is to be borne by the Supplier. It may be noted thatunit price is to be quoted both in figure and words in the format enclosed atAnnexure-III. In case of any discrepancy between the two , the priceindicated in words shall only be considered.3.1.2 VALUE ADDED TAX (VAT): VAT in the State of Andhra Pradesh (A.P) isintroduced with effect from 01.04.2005. This replaces APGST Act from that17


date. Tenderers from the State of Andhra Pradesh should be registered underVAT and shall confirm submission of VAT invoice to enable RINL/VSP to availthe input credit. Also, the tenderers from A.P shall indicate the TIN (TaxIdentification Number) under VAT. Evaluation of such offers will be doneconsidering this credit that would be available to RINL/VSP.3.2 However, in case tenderers quote any other term than mentioned in thistender, the same shall be loaded as per VSP norms while evaluating their offer.3.3 Any revised bids received after tender (techno commercial bid in two bid case)opening shall be rejected unless it has been furnished in response to a specificrequest from VSP.3.4 Tenderers Central & State sales Tax ,VAT Reg no etc are to be necessarilyindicated in the offer.3.5 Wherever the tenderers quote excise duty and sales tax as nil or atconcessional rates( being SSI Unit or due to some other privilege available onthe date of offer ) but reserves the right to charge at actual on the date ofdispatch suitable loading would be done with maximum ED& ST Rates asapplicable4.0 TERMS OF PAYMENT:4.1 Payment shall be as per the terms mentioned in at clause 6.0 of Annexure 1based on the successful measurements & manpower involved for themeasurements, duly certified by DGM (SMS)I/c. Payment shall be made byNEFT/RTGS mode or such other mode of electronic fund transfer offered bybanks/ Letter of Credit. In case you have not already furnished the requireddetails, you may download the pro-forma for NEFT/RTGS in which the detailsare to be furnished from the VSP’s website and submit along with your offer forupdating our database.4.2 The price bid should only contain the price quoted for measurement (materialcost)of each of the temperature, oxygen, hydrogen & sampling and themanpower cost as per the format at Annexure III and other financial termsshould be given in the techno-commercial bid and not in any otheraccompanying documents or statement. No extra weightage shall be given forany extra credit offered beyond ITT payment terms of 60 days interest freecredit from the date of submission of the invoice for the measurements dulycertified by the user not below the rank of DGM(O).4.3 In case an offer with deviations to payment terms is considered, it shall beloaded suitably for the purpose of comparison with other offers. The generalprinciple is to load for the additional financial implication to which RINL / VSPmay possibly be exposed on account of such deviation. The decision of RINL /VSP in this regard shall be final. Since the deviations that might be stipulatedby the tenderer cannot be foreseen, the illustration given below are notexhaustive. RINL / VSP reserves the right to load the offers at it’s solediscretion for other deviations also, which in the opinion of RINL / VSP, havefinancial implications to RINL / VSP.18


4.4 Illustration for calculation of landed Net of VAT/CENVAT:I. MATERIAL REQUIRED FORSUCCESSFUL MEASUREMENT Rs. Rs.MATERIAL COST FOR EACH1. SUCCESSFUL MEASUREMENT A 1000 10002. EXCISE DUTY @ 12.36% B 123.6 123.63 SALES TAX CCST@2%22.47VAT@ 5%56.184 LANDED COST D 1146.07 1179.785 VAT INPUT CREDIT (@1.9%) E 0 21.356 LANDED NET OF CENVAT COST F=D-B-E 1022.47 1034.83II FOR SERVICE RENDERED1 MANPOWER(SERVICE) COST G 10002 SERVICE TAX@12.36% H 123.63 LANDED VALUE I 1123.604 LANDED NET OF CENVAT J=I-H 1000.004.5 FORMULA TO ARRIVE AT L1 PRICE:[(X1*280000+X2*28000+X3*2800+X4*280000)+Y1+Y2+Y3+Y4+Y5+Y6+Y7 * 365 * 2(years)Where: X1….X4 is the LNCP cost of material for each successful measurementof temperature, oxygen, hydrogen and sampling respectively(LNCP).Y1…Y7 is the Respective service cost per day in each of the stations (LNCP).P.S Also note that the 25% of the manpower cost quoted(Y1 to Y7) will bevariable based on the notification from RLC(Central ) for the minimum wagesfor Semiskilled workers.5.0 CURRENCY : The price of Instrument for Temperature, Oxygen and HydrogenMeasurement offered should be quoted in Indian Rupees only .6.0 LANGUAGE OF BID: The offer and complete correspondence must beeffected only in English language. The Bid prepared by the tenderer and allcorrespondence and documents relating to the bid exchanged by the tendererand the Purchaser, shall be written only in the English language, providedthat any printed literature furnished by the tenderer may be written inanother language so long as it is accompanied by an English translation of itspertinent passages in which case, for purposes of interpretation of the bid,the English translation shall govern.6.1 VALIDITY OF THE OFFER:Each tenderer shall keep his offer firm and valid for acceptance by RINL till120 days from the date of techno-commercial bid opening/reverse e-auction.19


8.0 BID MONEY/EARNEST MONEY DEPOSIT8.1 Each tender shall be considered only if Bid money in Indian Rupees by meansof either a Cheque/Demand Draft drawn on any Scheduled Bank and payableto Rashtriya Ispat Nigam Ltd. at Visakhapatnam( subject to realization) or aBid Bond in the form of Bank Guarantee (as per the prescribed proforma atAnnexure -V of the Tender Documents) established in favour of RINL for anamount Rs. 7,50,000 (Rs.Seven lakhs fifty thousand only) is submitted alongwith or prior to opening of Part-A: Techno-commercial Bid.8.2 The Bid Bond as mentioned above should be established either in the formof Bank Guarantee issued by any of the Nationalized Bank (whether situatedat Visakhapatnam or outstation) with a clause to enforce the same ontheir local branch at Visakhapatnam or by way of Account payee DemandDraft payable at Visakhapatnam in favour of Rashtriya Ispat Nigam Limited.The Bank Guarantees from other Scheduled Banks (other than Nationalized)Banks) should however be from the branch located in Visakhapatnam. The A/cPAYEE cheque/DD/ bond established through Co-operative Banks are notacceptable. The Bid Bond should be valid till 30.04.2012. Tenders receivedwithout the Bid Bond / Bid Money of requisite value will summarily rejected.Bid money, if paid in cash, shall not accrue interest.8.3 The Bid Money must be submitted along with or prior to opening of Techno-Commercial Bid (Part-A). Tenders received without the EMD / Bid Money ofrequisite value will not be considered by RINL.8.4 The following categories are exempted from submission of EMD/Bid Money(i)(ii)(iii)Central/State/Govt.Public Sector undertakings of India.SSI Units/ Micro and Small Scale enterprises (MSEs) registered withNSIC/District Industries Centre of the state government concerned forthe item(s)/item category of tendered item(s) for which the tenderer isregistered with the respective authority.Units registered with RINL for the tendered item(s).SSIs/MSEs and units registered with RINL needs to submit notarized copies ofthe relevant valid registrations certificates for claiming exemption of EMDalong with Techno Commercial bid.8.5 Condition for availing benefit under purchase preference to local SSIs(MSEs)clause no.1.9(e) of tender notice & payment terms as per clause no. 4.0above by local micro & small enterprenuers (local SSIs): The local SSI unitshall submit notary attested copy of a valid SSI/MSE registrationcertificate/Enterpreneur memorandum acknowledgement part-II issued byany of the following for the items/ item category for which they are registeredfor availing the relevant benefits.20


(a) District Industries Centre of Visakhapatnam.(b) District Industries Centre of Srikakulam/Vizianagaram/East GodavariDistrict i.e units located within 100 Km of road distance ofVisakhapatnam <strong>Steel</strong> Plant and falling under the jurisdiction ofrespective District Industries Centres.(c) NSIC registered units falling within the above jurisdictions i.e in (a) or(b) above.8.6 The EMD / Bid money shall be forfeited:a) if a Tenderer withdraws or modifies his Bid during the period of Bid validityspecified by the Tenderer, orb) in case of a successful Tenderer, if the Tenderer fails to furnishPerformance Guarantee Bond in accordance with clause 9 of Annexure - IIof the Tender documents.9.0 PERFORMANCE GUARANTEE BOND:9.1 The successful tenderer should submit Performance Guarantee so as to bereceived in the office of Asst. General Manager (MM-Purchase), RINL/VSPbefore the date of commencement of supplies or 30 (Thirty) days from thedate of LOA / Acceptance to Tender, whichever is earlier. The PerformanceGuarantee Bond is to be furnished in the form of Bank Guarantee as perproforma at Annexure – VII of the tender document, for an amount covering5% (FIVE percent) of the value of the contract on total landed cost basis . Nochange in the prescribed proforma of the Bank Guarantee for PerformanceGuarantee bond is acceptable.9.2 The Performance Guarantee Bond should be established in favour of RINLthrough any Nationalized Bank situated at Visakhapatnam or outstation with aclause to enforce the same on their local branch at Visakhapatnam. Ifthe bond is issued by any scheduled bank (other than nationalized bank), bondis to be issued by the branch located in Visakhapatnam only. Bonds from Cooperativebanks are not accepted9.3 The Performance Guarantee Bond shall be for the due and faithfulperformance of the contract and shall remain binding, notwithstanding suchvariations, alterations or extensions of time as may be made, given,conceded or agreed to between the successful tenderer and the Purchaserunder the terms & conditions of Acceptance to Tender.9.4 The successful tenderer is entirely responsible for the due performance of theContract in all respects according to the spirit, intent and meaning of theterms & conditions and specifications and all other documents referred to inthe Acceptance to Tender.9.5 The Performance Guarantee Bond shall be kept valid and in full force andeffect during the period of the contract and shall continue to be enforceablefor a period of 120 (One hundred and twenty) days from the date of deliveryof the last consignment of the respective A/T.21


9.6 The Performance Guarantee Bond shall be released after 90 days from thedate of receipt of last consignment, subject to clearance from userdepartment, under the Acceptance of Tender.10.0 STATEMENT OF DEVIATIONS:10.1 If any tenderer is unable to accept any particular term(s) as incorporated inthe Tender document, or proposes any deviation therefrom, the Tenderershall enclose along with his offer, a statement of deviations clearly spellingout the deletions / deviations proposed, which may, however, have an impacton the evaluation of his offer or rejection by RINL. Each tenderer shall givean undertaking along with his offer confirming his acceptance to allthe terms and conditions of the Tender document / GCC, except for thedeletions / deviations specifically proposed by them in their offer.(Refer Annexure-VII for General Conditions of Acceptance to Tender).10.2 Offers with any deviations to the following terms and conditions contained inthe tender document are not acceptable to VSP and such offers are liable forrejection:a) Specification, b) Price firmness, c)Liquidated damage d) Risk Purchasee) Integrity Pact11.0 OTHER GENERAL POINTS RELATING TO THE PREPARATION /SUBMISSION / DESPATCH OF THE OFFER:11.1 The detailed offer together with its enclosures should be submitted as Part-A- Techno-Commercial Bid in a sealed envelope. Part-A should contain alldetails on technical specifications, other information/ data/ documents/confirmations/ deviations, if any. Confirmation with regard to information/data/ documents to be furnished by tenderers as per Para 1.0 and 2.0above are also to be enclosed in Part-A.The techno Commercial offer will beapplicable for entire one year Quantity. This should be sealed in a cover andsuper scribed as “part A Techno Commercial offer for “Total temperature<strong>management</strong>.”Part-B: It will consist of price and quantity for procurement .It will consist ofsealed covers which should consist of quantity offered against our requirementsubmitted separately in the prescribed proforma at Annexure-III to theTender Documents and the cover should be superscribed as Price Bid.11.2 Each page of the offer should be numbered consecutively, referring to thetotal number of pages comprising the entire offer, at the top right-hand cornerof each page.11.3 Each page of the offer should be signed by the authorised officer(s) of theTenderer.11.4 The Part-A & Part-B of the offer together with its enclosures inseparate sealed envelopes, should be placed in an envelope which should bear,in Block capital letters, superscription "Tender for TOTAL TEMPERATUREMANAGEMENT FOR SMS-2 Tender No.1.41.0073/1182 Dt. 01.05.2013"and should also bear superscription:22


Part-A: Techno Commercial offer for TOTAL TEMPERATURE MANAGEMENT FORSMS 2Part-B: The price and quantity for TOTAL TEMPERATURE MANAGEMENTThe two envelopes should then be sealed separately. The name andaddress of the tenderer should be mentioned on this envelope.11.5.1 The envelopes referred to in para 11.4 above should be placed in anotherenvelope which should be addressed to the ED(MM), AdministrationBuilding, Block-A, Purchase Dept, Visakhapatnam <strong>Steel</strong> Plant,Visakhapatnam 530 031, Andhra Pradesh, India and should bear inBlock Capital Letters the superscription "OFFER IN RESPONSE TO TENDERNO. PUR. 1.41.0073/1182 Dt. 01.05.2013". This envelope should alsobe sealed. The name and address of the Tenderer should be mentioned on thisenvelope as well.11.6 Evaluation and rejection of offers11.6.1 RINL evaluates technical and commercial acceptable offers on Landed net ofcenvat price (LNCP/VAT ) basis.11.6.2 After the reverse e-auction is conducted, the sealed price bids of all TA& CAtenderers irrespective of whether they have participated in the reverse e-auction or not, shall be opened within 2 days. Based on the prices so receivedthrough reverse e-auction and the sealed price bids received along with theTechno Commercial offers, a composite comparative statement shall be madeconsidering the lower of the prices ( i.e Sealed prices and reverse e-auctionprices) of all the tenderers. Placement of order shall be considered on the L-1price (LNCP) so arrived. Refer our “detailed terms and conditions ofinvitation to supply” in the web site www.vizag<strong>steel</strong>.com for details.11.6.3 Offers which deviates from the vital conditions( as illustrated below) of thetender shall be rejected.a. Variable price being quoted against requirement of Firm prices.b. Non submission of complete offers, appending signature on the offer andthe prescribed formats.c. Receipt of Offers after due date & time and or by e-mail/ faxd. Receipt of offers in open conditione. Non-acceptance of Integrity Pact.11.7 In case any tenderer is silent on any clauses mentioned in this tenderdocument, VSP shall construe that the tenderer had accepted theclauses as per this Invitation to Tender.11.8 The price quotations should be given in only in the price format andnot in any other accompanying documents or statement. No revision inthe terms and conditions quoted in the offer will be entertained afterthe last date and time fixed for receipt of tenders.12.0 COMPLETENESS OF THE TENDER:23


12.1 Each Tenderer should ensure that the aforesaid conditions for submission ofoffers are duly complied with. Failure to furnish correct and detailedinformation as called for, will render the concerned tender liable to rejection.13.0 PUNITIVE ACTIONS TO BE TAKEN AGAINST AGENCIES WHO SUBMITFALSE/FORGED DOCUMENTS TO VSP.13.1 If it comes to the notice of VSP at any stage after request for enlistment/tender document that any of the certificates / documents submitted byapplicants for enlistment or by bidders are found to be false/ fake/ doctored,the party will be debarred from participation in all VSP tenders for a period of5 years including termination of contract, if awarded. EMD/ Security Depositetc. if any, will be forfeited. The contracting Agency in such cases shall makegood to VSP any loss or damage resulting from such termination. Contracts inoperation anywhere in VSP will also be terminated with attendant fall outs likeforfeiture of EMD/ Security Deposit, if any, and recovery of risk and costcharges etc. Decision of VSP Management will be final and binding.13.2 In case commercially and technically acceptable lowest price offered tenderersbacks out after tender is opened in single bid tender and in two bid tenderafter commercial bid/price bid is opened or after finalisation of contractpunitive action shall be taken as per prevailing guidelines.14.0 Right to reject tenders14.1 RINL/VSP does not pledge itself to accept the lowest or any other tender andreserves to itself the right of accepting the whole or any part of the tender orportion of the quantity tendered and tenderes shall supply the same at therate quoted.15.0 Authorisation15.1 Representative of the tenderers are required to produce letter of authorization,if they are to be permitted to attend tender/price bid opening.16.0 MEASUREMENTa) Supplier to carry out the application job through their sub-agency by sublettingthe work. The supplier shall be responsible for fulfillment of all thestatutory rules and regulations laid down by Contract Labour Cell and SafetyEngg. Dept. of VSP which are subject to changes from time to time.b) In case of sub- letting the job,the supplier is responsible for fulfillment ofstatutory requirements of CLC & SED of VSP as mentioned above, fulfillment ofperformance guarantee, ensuring supervision during relining and while incirculation, payment of wages to workers in case of failure to do so by the subagencyetc.(c) The party shall note that all the labour employed for the job shall be paidminimum wages as prescribed by the central government and also party shallnote that they shall revise the minimum wages as and when Governmentrevises. Party shall note that it is a statutory requirement which can not beviolated.24


(ANNEXURE-III TO TENDER NO.PUR.1.41.0073/1182 Dt. 01.05.2013)PROFORMA FOR PRICE BIDMEASUREMENT/SAMPLING COST (COST OF MATERIAL FOR EACH SUCCESSFULMEASUREMENT / SAMPLING.III TO TENDERNO. DateITEM DETAILS Item S.No.1 Item S.No.2 Item S.No.3 Item S.No.4ITEMDESCRIP-TIONCatalogueNo.Quantity(Nos.)PRICE DETAILSBasic Price / (Rs.)Unit (infigures)Basic Price / (Rs.)Unit (inwords)Excise (Rs.)AssessableValuePacking & (Rs.)ForwardingCharges, ifquoted extraExcise Duty (Rs.)incl. Edn.Cess &Hedn.Cess /CVD & Addl.Duty asapplicableFreight (Rs.)Charges, ifquoted extraSuccessfulmeasurement oftemperature(X1)Successfulmeasurementoxygen ppm(X2)ofSuccessfulmeasurementof hydrogenppm (X3)Successfulcollection ofsample of hotmetal andliquid <strong>steel</strong>(X4)34/91361900109 34/91361900200 34/91361900302 34/91361900404280000 28000 2800 280000Sales Tax, ifquoted extra(Rs.)Note: Cost of all the material required for each successful measurement oftemperature/oxygen ppm/hydrogen ppm/collection of sample have to be quotedagainst item S.No.1,2,3&4 mentioned above.25SIGNATURE OF THE PARTY


SERVICE COSTStations for measurements/samples Service cost per day (W0)(exclusive of service tax)1 HMDP Y12 TLC Y23 LD CONV.SHOP Y34 ARS Y45 LF Y56 RH Y67 CCD Y7(*Also to be indicated in “sealed cover separately ” by blocking the pricepart in Techno-Commercial Bid).Note: (i) Specify APVAT and TIN No. if supplies are from Andhra Pradesh(ii) Percentage of Service Tax also to be indicated extra.SIGNATURE OF THE PARTY26


ANNEXURE-IV TO TENDER NO PUR.1.41.0073/1182 Dt. 01.05.2013)SEE PARA 2.3 OF INSTRUCTIONS TO TENDERERSCHECK LIST TO BE FILLED UP AND SENT ALONG WITH TECHNO -COMMERCIAL BID – PART-A OF YOUR OFFERSL.NO.TENDER TERMSAS REQUIRED BY VSP1 Name and address of theTenderer2 Quantity offered To be confirmed as per Para 1.2 &1.2.1 of ITT3 Technical specification To be confirmed as per Annx-I of tender document4 Delivery schedule To be confirmed as per Para 1.3 & 1.3.1 of ITT5 Payment terms To be confirmed as per Cl.4 of Annx-II of ITT6 Bid Bond / Bid Money To be confirmed as per Cl.8 of Annx-II of ITT7 Submission of Quality To be confirmedAssurance plan8 Price Basis To be confirmed as per Cl.3 of Annx-II of ITT9 Price firmness To be confirmed as per Cl.2 of Annx-VII of ITT10 Insurance To party's a/c (for indigenous supply)11 Packing To be confirmed12 Validity of offer To be confirmed as per Cl.7 of Annx-II of ITT13 Inspection To be confirmed as per Cl.1 of Annx-VII of ITT14 Penalty To be confirmed as per Cl.7 of Annx-I of ITT15 Test cum Guarantee certificate To be confirmed16 Liquidated damages To be confirmed as per Cl.4 of Annx-VII of ITT17 Default To be confirmed as per Cl.5 of Annx-VII of ITT18 Risk Purchase To be confirmed as per Cl.5.2 of Annx-VII of ITT19 Arbitration & Jurisdiction To be confirmed as per Cl.12 of Annx-VII of ITT20 Force Majeure To be confirmed as per Cl.11 of Annx-VII of ITT21 Performance Guarantee Bond To be confirmed as per Cl.9 of Annx-II of ITT22 Commencement of supplies To be confirmed as per Cl.1.3 of ITT23 Evaluation of offers To be confirmed as per Cl.4.5 & Cl.11.6.2 ofAnnx-II of ITT24 Other terms and condition of To confirm acceptance.ITT / GCC25 Submission of Modvatable To be confirmeddocuments26 Signing of Integrity Pact To confirm as per C.2.4 of Annx-II of ITTTO BECONFIRMED BYPARTYACCEPTED/ NOTACCEPTEDDEVIATIONSIFANY……………………………..Signature and Name of the Tenderer27


ANNEXURE-V TO TENDER NO PUR.1.41.0073/1182 Dt 01.05.2013)PROFORMA OF BANK GUARANTEE FOR BID BOND(To be typed on Non-judicial stamp paper of the value of Indian Rupees of OneHundred)TO BE ESTABLISHED THROUGH ANY OF THE NATIONALISED BANKS(WHETHER SITUATED AT VISAKHAPATNAM OR OUTSATTION) WITH ACLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH ATVISAKHAPATNAM OR ANY SCHEDULED BANK (OTHER THAN NATIONALISEDBANK) SITUATED AT VISAKHAPATNAM. BONDS ISSUED BY CO-OPERATIVEBANKS ARE NOT ACCEPTED.ToRashtriya Ispat Nigam LimitedVisakhapatnam <strong>Steel</strong> Plant,Admn. Building,Visakhapatnam-530 031.INDIA.Bank Guarantee No.Dt.LETTER OF GUARANTEEWHEREAS Rashtriya Ispat Nigam Ltd., Visakhapatnam <strong>Steel</strong> Plant (hereinafterreferred to as RINL) have invited Tenders vide Tender No. Pur.1.41.0073/1182 Dt 01.05.2013 (hereinafter referred to as the said Invitation toTender) for TOTAL TEMPERATURE MANAGEMENT.AND WHEREAS the said Invitationto Tender requires that any eligible Tenderer wishing to make an offer in responsethereto shall establish an irrevocable Bid Bond in favour of RINL in the form of BankGuarantee for (**) Rs. ………. and valid upto ………. as guarantee that the tenderer:a) shall keep his offer firm and valid for acceptance by RINL till _________________.b) shall, in the event of the offer being accepted by RINL, establish aPerformance Guarantee (PG) Bond in favour of RINL, in the form of BankGuarantee covering 5% ( Five percent) of the value of the quantity of Instrumentfor Temperature, Oxygen and Hydrogen Measurement ordered at the price and on theterms accepted by RINL, within 30 (Thirty) days from the date of Acceptance toTender / LOA or before commencement of supplies, whichever is earlier.AND WHEREAS M/s.......................(hereinafter referred to as the saidTenderer) wish to make an offer in response to the said Invitation to Tender for theTOTAL TEMPERATURE MANAGEMENT on the basis of (**)FOR VSP Stores .NOW THISBANK HEREBY GUARANTEES that in the event of the said Tenderer failing to abideby any of the conditions referred to in any of the preceding paragraphs, this Bankshall pay to Rashtriya Ispat Nigam Ltd., Visakhapatnam <strong>Steel</strong> Plant, Visakhapatnam,INDIA on demand and without protest or demur (**) Rs……………(Rupees…………...).This Bank further agrees that the decision of RINL as to whether the said Tendererhas committed a breach of any of the conditions referred to in the precedingparagraphs, shall be final and binding.28


We, ...……………… (name of bank & branch) hereby further agree that the Guaranteeherein contained shall not be affected by any change in the constitution of theTenderer and/ or RINL.This Bank further agrees that the claims if any, against this Bank Guarantee shall beenforceable at our Branch office at Visakhapatnam situated at……………………………………….. (Address of local branch at Visakhapatnam).THIS BANK FURTHER undertakes that this Guarantee shall remain irrevocably validand in force upto __________ and bank also agrees to extend the bank guarantee till______________.For and on behalf of(Name of the Bank)___________________SignatureName ( )Duly constituted attorney andauthorised signatoryDesignation :Name and Address :of the Bank** - To be modified based on the source of supply i.e., Indigenous or Import.29


(ANNEXURE-VI TO TENDER NO PUR.1.41.0073/1182 Dt. 01.05.2013)LETTER OF AUTHORITY FROM ESTABLISHED MANUFACTURERSee 2.1.2 of Annexure -II of the Tender Documents)ToTHE ED(MM),BLOCK 'A' PURCHASE DEPARTMENT,ADMINISTRATIVE BUILDING,RASHTRIYA ISPAT NIGAM LTD.,VISAKHAPATNAM STEEL PLANT,VISAKHAPATNAM 530 031 (A.P).Dear Sir,Sub:Your Tender Notice No.PUR. 1.41.0073/1182 Dt. 01.05.2013.---We, ................................ a principal TOTAL TEMPERATURE MANAGEMENTof (place)................do hereby authorise M/s.........................(Name andaddress of Seller) to make an offer in response to this invitation totender.We, ................................ a principal TOTAL TEMPERATUREMANAGEMENT do hereby convey our consent FOR TOTAL TEMPERATUREMANAGEMENT to the tendered specification throughM/s.........................(Name and address of Supplier) as per the terms andconditions of the tender.No Company/Firm or individual other than M/s..............is authorised torepresent us in regard to this business against this specific tender. In theevent, the offer made by M/s....................being considered by RINL foracceptance both M/s ..................and ourselves shall be jointly and severallyresponsible for the due and timely performance of the Acceptance to Tender.We hereby extend our full guarantee and warranty for the goods offered forsupply against this Invitation to Tender by the above firm.Yours faithfully(NAME)for & on behalf of M/s.......................(Signature and Name of Instrument for Temperature, Oxygen and HydrogenMeasurement Manufacturer with seal)Note: This letter of authority should be on the Letter-Head of theManufacturer and should be signed by a person competent and having thepower of attorney to bind the Manufacturer. This letter of authorityshould be submitted in original along with Part- A: Techno-commercialbid.30


(ANNEXURE-VII TO TENDER NO.PUR.1.41.0073/1182 Dt. 01.05.2013)GENERAL CONDITIONS OF ACCEPTANCE TO TENDER1.0 INSPECTION: Inspection at VSP shall be final.2.0 PRICE VARIATION: Except for the rate variation with regards to the semiskilled workers, the cost of the measurement & sapling shall remain firm tillcompletion of supplies(ref cl8.1 of Annexure-II)3.0 TERMS OF PAYMENT:3.1 Payment shall be as per the terms mentioned in Annexure 1 based on thesuccessful measurements duly certified by DGM (SMS)I/c or his authorizedrepresentative and GARN, & shall be made by NEFT/RTGS mode or such othermode of electronic fund transfer offered by banks/Letter of Credit. In case youhave not already furnished the required details, you may download the proformain which the details are to be furnished from the VSP’s website andsubmit along with your offer for updating our database.3.2 The Seller shall despatch <strong>materials</strong> on door delivery basis ensuring that the EDGate Pass ‘duplicate copy’ for the transporter (for availing CENVAT) and “TaxInvoice” (for availing VAT) is handed over by the transporter to VSP. In caseof non-submission of this document, the amount equivalent to the loss ofCENVAT / VAT shall be recovered from the amount due.4.0 LIQUIDATED DAMAGES4.1 Delivery is the essence of the Contract and hence should any consignment bedelayed, liquidated damages @ 0.5% of the price of the delayed consignment,for each week or part thereof shall be levied and recovered subject to amaximum of 10% of the total order value. However, this is subject to thecondition that delayed quantity. The liquidated damages for delayed supplies(if any) as mentioned above shall be calculated once in every three monthsand recovered from the bills of the Seller.5.0 DEFAULT:5.1 Should the SELLER fail to provide the MATERIAL for delivery by the timeor times agreed upon or should the SELLER in any manner or otherwise failto perform the Acceptance to Tender or should a receiver be appointed onits assets or make or enter into any arrangements or composition withCreditors or suspend payments (or being a company should enter intoliquidation either compulsory or voluntary), the PURCHASER shall have powerto declare the Acceptance to Tender as at an end at the risk and cost of theSELLER in every way. In such a case, the SELLER shall be liable for anyexpenses, damages or losses which the PURCHASER may incur, sustain orbe put to by reason of or in connection with SELLER's default. This Clauseis however subject to Force Majeure vide 17.0 herein below.31


5.2 RISK PURCHASEThe PURCHASER reserves the right to take Risk Purchase action at the costand risk of the SELLER, in case he fails to deliver the <strong>materials</strong> in the specifiedschedule and the differential cost shall be recovered. The cancellation of theAcceptance to Tender as stated in para 10 herein above may be either forwhole or part of the Acceptance to Tender at PURCHASER's option. In theevent of the PURCHASER terminating the Acceptance to Tender in whole orin part, he may procure, on such terms and in such manner as he deemsappropriate, supplies similar to those so terminated and the SELLER shallbe liable to the PURCHASER for any excess costs for such similar supplies.However, in case of part termination of Acceptance to Tender by thePURCHASER, the SELLER shall continue the performance of the Acceptanceto Tender to the extent it is not terminated under the provisions of this Clause.6.0 RECOVERY OF SUMS DUE:6.1 Whenever under this Acceptance to Tender any sum of money is recoverablefrom and payable by the SELLER, the PURCHASER shall be entitled todeduct such sum from any amount then found payable to the SELLER by thePURCHASER or which at any time thereafter may be found to be payable tothe SELLER by the PURCHASER under this or any other Acceptance toTender with the PURCHASER. Should this sum be not sufficient to cover thefull amount recoverable, the SELLER shall pay to the PURCHASER on demandthe remaining balance amount. This action shall be without prejudice to theright of the PURCHASER to take legal action against the SELLER for thebreach of the Acceptance to Tender.7.0 RESPONSIBILITY:7.1 The PURCHASER on the one hand and the SELLER on the other hand shallbe responsible for the performance of all their respective obligations underthis Acceptance to Tender.8.0 TRANSFER AND SUB-LETTING:8.1 The SELLER shall not sublet, transfer, assign or otherwise part with theAcceptance to Tender or any part thereof, either directly or indirectly,without the prior written permission of the PURCHASER.9.0 COMPLETENESS OF THE AGREEMENT AND MODIFICATION:9.1 This Acceptance to Tender cancels all previous negotiations between theparties hereto. There are no understandings or agreement between thePURCHASER and the SELLER which are not fully expressed herein and nostatement or agreement, oral or written, made prior to or at the signinghereof shall affect or modify the terms hereof or otherwise be binding onthe parties hereto. No change in respect of the terms covered by thisAcceptance to Tender shall be valid unless the same is agreed to in writingby the parties hereto specifically stating the same as an amendment tothis Acceptance to Tender.32


10.0 WAIVER:10.1 Failure to enforce any condition herein contained shall not operate as awaiver of the condition itself or any subsequent breach thereof.11.0 FORCE MAJEURE:11.1 If either the SELLER or the PURCHASER be prevented from discharging hisor their obligation under this Acceptance to Tender by reason of arrests orrestraints by Government of people, war blockade, revolution,insurrection, mobilization, strikes, civil commotion, Acts of God, Plague orother epidemics, destruction of the MATERIAL by fire or flood or other naturalcalamity interfering with the production, loading or discharge, the time fordelivery shall be extended by the time or times not exceeding one year,during which production, loading or discharge is prevented by anysuch causes as herein above mentioned. The party invoking protection underthis clause shall within 15(fifteen) days of the occurrence of Force Majeurecauses put the other party on notice supported by Certificate from theChamber of Commerce or concerned Governmental authority and shalllikewise intimate the cessation of such causes. The delivery shall be resumedby the Party/Parties within 15 (fifteen) days from the cessation of the ForceMajeure causes.11.2 Should there be any interruption in the carrying out the contract due to ForceMajeure circumstances detailed in para 17.1 herein above, it is herebymutually agreed between the PURCHASER and the SELLER that the period ofofftake of the contract by the PURCHASER/period of delivery of theMATERIAL by the SELLER shall automatically stand extended by a periodnot exceeding one year, equal to the actual duration of the causesinterrupting the offtake by the PURCHASER and/or carrying out the contractby the SELLER plus a period of six weeks to enable the affected party tomake suitable arrangements for normalization of shipments.12.0 ARBITRATION AND JURISDICTION:12.1 All disputes arising out of or in connection with the Acceptance to Tendershall be finally settled by Arbitration in accordance with the rules ofArbitration of the Indian Council of Arbitration and the Award made inpursuance thereof shall be binding on the parties. The Arbitration bench shallgive a reasoned award. Cost of arbitration to be borne by the losing party.The venue of arbitration shall be Visakhapatnam, India and language ofarbitration shall be in English.12.2 In case of any legal proceedings are instituted against Rashtriya Ispat NigamLimited, Visakhapatnam <strong>Steel</strong> Plant, they shall be instituted in the appropriateCivil courts of Visakhapatnam and the Courts at Visakhapatnam only shallhave Jurisdiction.13.0 LEGAL INTERPRETATIONS:13.1 The Acceptance to Tender and the arbitration shall be governed by andconstrued according to the laws of India for the time being in force.33


14.0 LIABILITY OF GOVT. OF INDIA:14.1 It is expressly understood and agreed by and between the SELLER and thePURCHASER that the PURCHASER is entering into this Acceptance to Tendersolely on its own behalf and not on behalf of any other person or entity.In particular, it is expressly understood and agreed that the Govt. of India isnot a party to this Acceptance to Tender and has no liabilities, obligations orrights hereunder. It is expressly understood and agreed that the PURCHASERis an independent legal entity with power and authority to enter intocontracts solely in its own behalf under the applicable laws of India andgeneral principles of Contract Law. The SELLER expressly agrees,acknowledges and understands that the PURCHASER is not an agent,representative or delegate of the Govt. of India. It is further understood andagreed that the Govt. of India is not and shall not be liable for any acts,omissions, commissions, breaches or other wrongs arising out of thisAcceptance to Tender. Accordingly, the SELLER hereby, expressly waives,releases and foregoes any and all actions or claims, including cross claims,impleader claims or counter claims against the Govt. of India arising out ofthis Acceptance to Tender and covenants not to sue the Govt. of India asto any manner, claim, cause of action or thing whatsoever arising of orunder this Acceptance to Tender.15.0 All other terms and conditions shall be as per VSP's G.C.C for supply ofMaterial.*****34


(ANNEXURE-VIII TO TENDER NO.PUR.1.41.0073/1182 Dt 01.05.2013)PROFORMA OF BANK GUARANTEE FOR PERFORMANCE GUARANTEE BOND(To be submitted on Non-judicial stamp paper of value of Indian Rupees oneHundred drawn on the name of the issuing Bank)TO BE ESTABLISHED THROUGH ANY OF THE NATIONALISED BANKS(WHETHER SITUATED AT VISAKHAPATNAM OR OUTSATTION) WITH ACLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH ATVISAKHAPATNAM OR ANY SCHEDULED BANK (OTHER THAN NATIONALISEDBANK) SITUATED AT VISAKHAPATNAM. BONDS ISSUED BY CO-OPERATIVEBANKS ARE NOT ACCEPTED.ToRashtriya Ispat Nigam Limited,Visakhapatnam <strong>Steel</strong> Plant,Administrative Building,Visakhapatnam-530031Bank Guarantee NoLETTER OF GUARANTEEDtWHEREAS M/s____________________________________________hereinafterreferred to as the SELLER) and M/s RASHTRIYA ISPAT NIGAM LIMITED (hereinafterreferred to as the PURCHASER) have entered into an AGREEMENT videACCEPTANCE TO TENDER No._______________ Dated___________(hereinaftercalled the said A/T) for the purpose of TOTAL TEMPARATUR MANAGEMENT OF SMS-2(hereinafter referred to as the MATERIALS) on the terms and conditions mentionedtherein.2. We, ……………..... (name of bank & branch) at the request of the SELLER, dohereby undertake and indemnify and keep indemnified the PURCHASER to theextent of Rs. _________________(Rupees________________________________)against any loss or damage that may be caused to or suffered by the PURCHASER,by reason of any breach by the SELLER of any of the terms and conditions of thesaid A/T and/or in the performance of the said A/T by the SELLER. We agreethat the decision of the PURCHASER as to whether any breach of any of the termsand conditions of the said A/T or in the performance thereof has been committedby the SELLER and the amount of loss or damage that has been caused to orsuffered by the PURCHASER shall be final and binding on us and the amount of thesaid loss or damage shall be paid by us forthwith to the PURCHASER on demandand without protest or demur.3. We, .……………. (name of bank & branch) hereby further agree that the guaranteeherein contained shall remain in full force and effect during the period that wouldbe taken for satisfactory performance and fulfillment in all respects of the saidAGREEMENT and that it shall continue to be enforceable for (a) 120 days afterthe date of L/R of the last consignment of the MATERIALS under the said AGREEMENT35


or (b) in the event of any dispute(s) between the PURCHASER and the SELLER,until such period(s) the dispute is settled fully, whichever date is the latest andthat if any claim accrues or arises against us, …………………….(name of bank &branch) by virtue of this guarantee before the dates referred to at (a) and (b)herein above, the same shall be enforceable against us, .………….. (name of bank& branch), notwithstanding the fact that the same is enforced after the datesreferred to at (a) or (b) herein above, whichever date is the latest, provided thatnotice of any such claim has been given by the PURCHASER before the datesreferred to at (a) or (b) herein above, as the case may be. Payments under thisLETTER OF GUARANTEE shall be made promptly upon our receiving the notice tothat effect from the PURCHASER on demand and without protest or demur.4. We, .…………… (name of bank & branch) undertake not to revoke this Guaranteeduring its currency without the prior written consent of the PURCHASER.5. We, .…………….. (name of bank & branch) hereby further agree that thePURCHASER shall have the fullest liberty, without affecting in any manner ourobligations here under, to vary any of the terms and conditions of the said A/T or toextend the time of performance of the said A/T by the SELLER from time totime or to postpone for any time or from time to time any of the powersexercisable by the PURCHASER against the SELLER and to forbear or to enforceany of the terms and conditions relating to the said A/T and We, ... (name of bank &branch) shall not be released from our liability under this Guarantee by reason ofany such variation or extension being granted to the SELLER or any forbearanceand/ or omission on the part of the PURCHASER or any indulgence by thePURCHASER or by any other matter or thing whatsoever which under the law relatingto sureties would, but for this provision, have the effect of so releasing us fromour liability under this Guarantee.6. We, .……………….. (name of bank & branch) hereby further agree that theGuarantee herein contained is initially valid upto ________________________andthat the same shall be extended further according to the provisions containedherein above.7. We, ...……………… (name of bank & branch) hereby further agree that theGuarantee herein contained shall not be affected by any change in the constitution ofthe SELLER and/ or the PURCHASER.8. We, ………………(name of bank & branch) hereby further agrees that the claims ifany, against this Bank Guarantee shall be enforceable at our Branch office atVisakhapatnam situated at ……………………………………….. (Address of local branch atVisakhapatnam).Note: The expression "SELLER" wherever appearing in this Performance GuaranteeBond shall also include the "PRODUCER".FOR AND ON BEHALF OF(name of bank & branch)DULY CONSTITUTED ATTORNEY &AUTHORISED SIGNATORY36Signature:Name:Designation


(name of bank & branch)(ANNEXURE- IX TO TENDER NO.PUR.1.41.0073/1182 Dt. 01.05.2013 )(Refer Para 2.4 of Annexure-II instruction to tenderers)INTEGRITY PACTRashtriya Ispat Nigam Limited (RINL) hereinafter referred to as “ThePrincipal”,And…………………………………………………………………………………. hereinafter referred to as “TheBidder/Contractor”PreambleThe Principal intends to award, under laid down organizational procedures, acontract for(nature of contract, in brief). The Principal values full compliance with allrelevant laws of the land, rules, regulations, economic use of resources, and offairness/transparency in its relations with its Bidder(s) and /or Contractor(s).The Principal will nominate Independent External Monitor(IEM) by name, from thepanel of IEMs, at the tender stage, for monitoring the tender process and theexecution of the contract in order to ensure compliance with the Integrity Pact byall the parties concerned.Section 1 – Commitments of the Principal:(1) The Principal commits itself to take all measures necessary to preventcorruption and to observe the following principles:-a. No employee of the Principal, personally or through family members,will in connection with the tender or the execution of a contract,demand/take a promise/accept for self or for third person, any materialor non material benefit which the person is not legally entitled to.b. The Principal will, during the tender process treat all Bidders with equityand reason. The Principal will in particular, before and during the tenderprocess, provide to all Bidders the same information and will notprovide to any Bidder confidential/additional information through whichthe Bidder(s) could obtain an advantage in relation to the tenderprocess or the contract execution.c. The Principal will exclude from the process all known prejudicedpersons.(2) If the Principal obtains information on the conduct of any of its employeeswhich is a criminal offence under the PC Act/ applicable law, or if there bea substantive suspicion in this regard, the Principal will inform the ChiefVigilance Officer of RINL and in addition can initiate disciplinary action.Section 2 – Commitments of the Bidder(s)/contractor(s):37


(1) The Bidder/ Contractor commits to take all measures necessary to preventcorruption and commits to observe the following principles during hisparticipation in the tender process/during the contract execution(in case ofBidder to whom the contract has been awarded).a. The Bidder/Contractor will not, directly or through any other person orfirm, offer, promise or give to any of the Principal’s employees involved inthe tender process or the execution of the contract or to any third personany material or other benefit which he/she is not legally entitled to, inorder to obtain, in exchange, any advantage of any kind whatsoeverduring the tender process or during the execution of the contract or tovitiate the Principal’s tender process or contract execution.b. The Bidder/ Contractor will not enter with other Bidders into anyundisclosed agreement or understanding, whether formal or informal. Thisapplies in particular to prices, specifications, certifications, subsidiarycontracts, submission or non-submission of bids or any other actions torestrict competitiveness or to introduce cartelization in the bidding processor to vitiate the Principal’s tender process or execution of the contract.c. The Bidder/Contractor will not commit any offence under the PC Act/Applicable law, like paying any bribes or giving illegal benefit to anyoneincluding employees of RINL, to gain undue advantage in dealing withRINL or for any other reason etc. Further, the Bidder/Contractor will notuse improperly, for purposes of competition or personal gain, or pass on toothers, any information or document provided by the Principal as part ofthe business relationship regarding plans, technical proposals and businessdetails including information contained or transmitted electronically.d. The Bidder/Contractor of foreign origin shall disclose the name andaddress of their Agent(s)/representative(s) in India, if any. Similarly theBidder/Contractor of Indian Nationality shall furnish the name and addressof the foreign supplier/contract Agency, if any. Further details, asmentioned in the Guidelines on Indian Agents of Foreign“Suppliers/contract agencies”, shall be disclosed by the Bidder/Contractor,wherever applicable. Further, as mentioned in the Guidelines, all thepayments made to the Indian agent(s)/representative(s) have to be inIndian Rupees only. Copy of the Guidelines on Indian Agents of Foreign“Suppliers/contract agencies” is enclosed.e. The Bidder/ Contractor will, when presenting his bid, disclose any and allpayments he has made or committed to or intends to make to agents,brokers or any other intermediaries in connection with the award of thecontract.(2) The Bidder/Contractor will not instigate third persons to commit offencesoutlined above or be an accessory to such offences.38


Section 3 – Disqualification from tender process and exclusion fromfuture contracts:(1) A transgression is considered to have occurred, if the Principal after dueconsideration of the available evidence, concludes that a reasonable doubtis possible.(2) If the Bidder/Contractor, before award of contract or after award ofcontract has committed a transgression through a violation of Section 2above or in any other form such as to put his reliability or credibility inquestion, the Principal is entitled to disqualify the Bidder from the tenderprocess or to terminate the contract, if already awarded, for that reason,without prejudice to other remedies available to the Principal under therelevant GCC of the tender/contract.(3) If the Bidder/Contractor has committed a transgression through a violationof any of the terms under Section 2 above or in any other form such as toput his reliability or credibility into question, the Principal is entitled also toexclude the Bidder / Contractor from future tenders/Contract awardprocesses. The imposition and duration of the exclusion will be determinedby the Principal keeping in view the severity of the transgression. Theseverity will be determined by the circumstances of the case, in particularthe number of transgressions, the position of the transgressors within thecompany hierarchy of the Bidder /Contractor and the amount of thedamage.(4) If it is observed after payment of final bill but before the expiry of validityof Integrity pact that the Contractor has committed a transgressionthrough a violation of any of the terms under Section 2 above during theexecution of contract, the Principal is entitled to exclude the Contractorfrom future tenders/Contract award processes.(5) The exclusion will be imposed for a Period not less than six (6) monthsand, up to a maximum period of three (3) years.(6) If the Bidder / Contractor can prove that he has restored/ recouped thedamage to the Principal caused by him and has installed a suitablecorruption prevention system, the Principal may revoke the exclusionbefore the expiry of the period of such exclusion.Section 4 – Compensation for Damages:(1) If the Principal has disqualified the bidder from the tender process prior tothe award in accordance with Section 3 above, the Earnest Money Deposit(EMD)/Bid security furnished, if any, along with the offer as per the termsof the Invitation to Tender (ITT) shall be forfeited. This is apart from theexclusion of the Bidder from future tenders as may be imposed by thePrincipal, as brought out at Section 3 above.(2) If the Principal has terminated the Contract in accordance with Section 3above, or if the Principal is entitled to terminate the Contract in accordancewith Section 3 above, the Security Deposit/performance bank guaranteefurnished by the Contractor, if any, as per the terms of the ITT/Contractshall be forfeited without prejudicing the rights and remedies available to39


the Principal under the relevant General conditions of contract. This isapart from the exclusion of the Bidder from future tenders as may beimposed by the Principal, as brought out at Section 3 above.Section 5 – Previous transgressions:(1) The Bidder declares that, to the best of his knowledge, no previoustransgression occurred in the last five (05) years with any Company orOrganization or Institution in any country or with any Government in anycountry conforming to the anticorruption approach that could justify hisexclusion from the tender process.(2) If the Bidder makes incorrect statement on this subject, he can bedisqualified from the tender process. The contract, if already awarded, canbe terminated for such reason.Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors:(1) The Bidder(s)/Contractor(s) undertake(s) to demand from allsubcontractors, he desires to appoint, a commitment in conformity withthis Integrity Pact, and to submit it to the Principal at the time of seekingpermission for such subcontracting.(2) The Principal will enter into agreements with identical conditions as thisone with all Bidders/ Contractors.(3) The Principal will disqualify from the tender process all bidders who do notsign this Pact or violate its provisions.Section 7 – Criminal charges against violating Bidder(s)/ Contractor(s)/subcontractor(s) :If the Principal obtains knowledge of conduct of a Bidder, Contractor, Subcontractoror of any employee or a representative or an associate of aBidder/Contractor/ Subcontractor which constitutes corruption, or if thePrincipal has substantive suspicion in this regard, the Principal will informthe same to the CVO of RINL.Section 8 – Independent External Monitor(s)(IEM(s)):(1) The Principal appoints competent and credible Independent ExternalMonitor with the approval of Central Vigilance Commission. The IEMreviews independently, the cases referred to him or written complaints withall details received directly by him to assess whether and to what extentthe parties concerned complied with the obligations under this IntegrityPact,(2) In case of complaint/representations on compliance of the provisions of theIntegrity Pact by any person/agency, the complaint/representation can belodged by the aggrieved party with the Nodal Officer for IP of RINL ordirectly with the IEM. The Nodal Officer shall refer the complaint/representation so received by him to the IEM for his examination.Similarly, RINL in case of any doubt regarding compliance by any or all the40


idders can lodge its complaint / make a reference to IEM through NodalOfficer. For ensuring the desired transparency and objectivity in dealingwith the complaints arising out of the tendering process, the matter shouldbe examined by the full panel of IEMs who would look into the records,conduct an investigation and submit their joint recommendations to theManagement.(3) The IEM is not subject to instructions by both the parties and performs hisfunctions neutrally/independently. The IEM will submit report to the CMD,RINL.(4) The Bidder(s)/Contractors(s) accepts that the IEM has the right to accesswithout restriction, to all tender/contract documentation of the Principalincluding that provided by the Bidder/Contractor. The Bidder/Contractorwill also grant the IEM, upon his request and demonstration of a validinterest, unrestricted and unconditional access to his tender/contractdocumentation. The same is applicable to unrestricted and unconditionalaccess to tenders / contract documentation of Subcontractors also. TheIEM is under contractual obligation to treat the information and documentsof the Bidder(s)/ Contractor(s)/Subcontractor(s) with confidentiality.(5) IEM will have the right to attend any meeting between RINL andCounterparties in respect of the cases falling under the purview of IP.(6) As soon as the IEM notices, or believes to notice, a violation of this Pact, hewill inform the Principal and request the Principal to discontinue or takecorrective action or to take other relevant action. The IEM can, in thisregard, submit non binding recommendations. Beyond this, the IEM has noright to demand from the parties that they act in a specific manner, refrainfrom action or tolerate action.(7) The IEM will submit a written report to the CMD-RINL within four (04) tosix (06) weeks from the date of reference or intimation to him by thePrincipal/ receipt of the complaint and, should the occasion arise, submitproposals for corrective actions for the violations or the breaches of theprovisions of the agreement noticed by the IEM.(8) IEM may also submit a report directly to the CVO of RINL and the CentralVigilance Commission, in case of suspicion of serious irregularitiesattracting provisions of the PC Act/ applicable Law.(9) Expenses of IEM shall be borne by RINL/VSP as per terms of appointmentof IEMs.(10) The word ‘Monitor’ means Independent External Monitor and would includeboth singular and plural.Section 9 – Duration of the Integrity Pact:(1) This Pact comes into force upon signing by both the Principal and theBidder/Contractor. It expires for the Contractor twelve (12) months afterthe last payment under the contract, and for all unsuccessful Bidders, six(06) months after the contract has been awarded and accordingly for thePrincipal after the expiry of respective periods stated above.41


(2) If any claim is made/ lodged during the valid period of the IP, the sameshall be binding and continue to be valid even after the lapse of this Pactas specified above, unless it is discharged/determined by CMD of RINL.Section 10 – Other provisions:(1) This Pact is subject to Indian Law. Place of performance and jurisdiction isthe Registered Office of the Principal, i.e. Visakhapatnam, State ofAndhra Pradesh, India.(2) Changes and supplements as well as termination notices need to be madein writing. Side agreements to this pact have not been made.(3) If the Contractor is a partnership firm/ Consortium, this Pact must besigned by all partners/ Consortium members, or their AuthorizedRepresentative(s) by duly furnishing Authorization to sign Integrity Pact.(4) Should one or several provisions of this Pact turnout to be invalid, theremaining part of the Pact remain valid. In this case, the parties will striveto come to an agreement with regard to their original intentions.(5) Wherever he or his is indicated in the above sections, the same may beread as he/she or his/her, as the case may be. Similarly, whereverCounterparty or Bidder or Contractor is mentioned, the same wouldinclude both singular and plural._______________________(For & On behalf of the Principal)(Office Seal)Place ---------------Date ---------------_____________________(For & On behalf of Bidder/Contractor)(Office Seal)Witness 1: Witness 2:(Name & Address)(Name & Address)_______________________________________________________________________________________ ____________________________42


Successful measurement oftemperature (cost of allI 1 the <strong>materials</strong> required for eachsuccessful measurement oftemperature)Successful measurement of oxygenppm(cost of all the <strong>materials</strong> required for2each successful measurement of oxygenppm).34Successful measurement of hydrogenppm cost of all the <strong>materials</strong> requiredfor each successful measurement ofhydrogen ppm).Successful collection of sample of hotmetal and liquid <strong>steel</strong>( cost of all the<strong>materials</strong> required for successfulcollection of each sample).X1X2X3X4UNIT COSTNo.of measurement as per Annexure 1B, the payment is only for successfulmeasurement upto a maximum nos. as mentioned therein, hence price of theprobes are not sought.. However, the successful tenderer has to give necessarydocuments to enable VSP to avail CENVAT & INPUT TAX CREDIT.RINL VIGILANCE TOLL FREE NO.1800 425 887843

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!